Opportunity

Framework Agreement for High Value Laboratory Equipment

  • North Western Universities Purchasing Consortium

F02: Contract notice

Notice reference: 2023/S 000-012405

Published 28 April 2023, 5:54pm



Section one: Contracting authority

one.1) Name and addresses

North Western Universities Purchasing Consortium

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

Contact

Lisa Blackburn

Email

lisa.blackburn@nwupc.ac.uk

Telephone

+44 1618003

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

04045190

Internet address(es)

Main address

https://nwupc.ac.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67673&B=NWUPC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67673&B=NWUPC

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Sub-central contracting authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for High Value Laboratory Equipment

Reference number

LAB3162 NW

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC and SUPC for the supply of High Value Laboratory Equipment. The Framework Agreement will be split into 5 lots as follows:

Lot 1 – Magnetic Resonance Equipment,

Lot 2 – X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments,

Lot 3 – Spectroscopy Equipment,

Lot 4 – Mechanical, Thermal and Physical Testing Equipment.

Lot 5 – Radiation Safety & Detection Equipment.

This Framework Agreement will commence on 01st August 2023 for an initial period of 24 months until 31st July 2025 with the option to extend the Agreement for 12 months until 31st July 2026 and a further 12 months until 31st July 2027 subject to satisfactory Economic Operator performance.

Coverage on this agreement shall be national - covering all of the United Kingdom including Northern Ireland.

two.1.5) Estimated total value

Value excluding VAT: £185,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Magnetic Resonance Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 33113000 - Magnetic resonance imaging equipment
  • 38433000 - Spectrometers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

The resulting framework may be used by institutions using various

funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.

two.2) Description

two.2.1) Title

X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments

Lot No

2

two.2.2) Additional CPV code(s)

  • 33111400 - X-ray fluoroscopy devices
  • 33114000 - Spectroscopy devices
  • 33115000 - Tomography devices
  • 38433000 - Spectrometers
  • 38510000 - Microscopes
  • 38511000 - Electron microscopes
  • 38511100 - Scanning electron microscopes
  • 38511200 - Transmission electron microscope
  • 38514200 - Scanning probe microscopes
  • 38530000 - Diffraction apparatus

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

The resulting framework may be used by institutions using various

funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Please read the Supplier Guide to Tendering, Selection Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

For all other lots, the lot description will be the scope outlined in the ITT.

two.2) Description

two.2.1) Title

Spectroscopy Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 33114000 - Spectroscopy devices
  • 38433000 - Spectrometers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependant on individual member institutional requirements.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

The resulting framework may be used by institutions using various

funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.

two.2) Description

two.2.1) Title

Mechanical, Thermal and Physical Testing Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 38425000 - Fluid mechanics equipment
  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38400000 - Instruments for checking physical characteristics
  • 38900000 - Miscellaneous evaluation or testing instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

The resulting framework may be used by institutions using various

funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.

two.2) Description

two.2.1) Title

Radiation Safety & Detection Equipment

Lot No

5

two.2.2) Additional CPV code(s)

  • 35113200 - Nuclear, biological, chemical and radiological protection equipment
  • 38341000 - Apparatus for measuring radiation

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

The resulting framework may be used by institutions using various

funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 110

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-002887

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 June 2023

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 June 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:

NWUPC https://www.nwupc.ac.uk/our-members

APUC http://www.apuc-scot.ac.uk/#!/members

HEPCW http://www.hepcw.ac.uk/about-us-2/

LUPC https://www.lupc.ac.uk/member-list

NEUPC http://www.neupc.ac.uk/our-members

SUPC https://www.supc.ac.uk/about-us/our-members/our-members

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:

Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

https://www.nationalparks.uk/

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

https://www.police-information.co.uk/index.html

Fire and Rescue Services in the United Kingdom

http://www.fire.org.uk/fire-brigades.html

NHS Bodies England

https://www.england.nhs.uk/publication/nhs-provider-directory/

Hospices in the UK

https://www.hospiceuk.org/about-hospice-care/find-a-hospice

Registered Social Landlords (Housing Associations)

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

Scottish Police

http://www.scotland.police.uk

NI Public Bodies

Northern Ireland Government Departments

https://www.northernireland.gov.uk/topics/your-executive/government-departments

https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland

Northern Ireland Public Sector Bodies and Local Authorities

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Schools and Universities in Northern Ireland

https://www.education-ni.gov.uk/

Health and Social care in Northern Ireland

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

six.4) Procedures for review

six.4.1) Review body

NWUPC

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M54WT

Email

procurement@nwupc.ac.uk

Country

United Kingdom